Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 10,1999 PSA#2299

US Army Armament And Chemical Acquisition And Logistics Activity (ACALA) Attn: AMSTA-AC-PC, Rock Island, IL 61299-7630

10 -- SHOTGUN, 12-GAGE, PUMP SOL DAAE20-99-R-0004 POC Elvia Jaggers, Contracting Officer, 309-782-3271 CORRECTION TO CBD NOTICE (SUBMISSION NO. 305208), DATED MARCH 4, 1999: DESC: The Tank-automotive and Armaments Command -- Armament and Chemical Acquisition and Logistics Activity (TACOM-ACALA), Rock Island, Illinois, is seeking to identify potential commercial sources to supply a Shotgun, 12 gage, pump, take-down receiver (removal of barrel without tools), with sling, minimum 3 inch chamber, cylinder bore barrel, 18 to 21 inch barrel, tubular magazine, 5 shot minimum capability (includes 1 chambered round), hammerless, black synthetic shoulder stock, 4 to 8 pound trigger pull, 3 to 9 pound safety engagement, with non-reflective corrosion resistant protective finish. This is not a presolicitation notice. This is a Sources Sought- Market Survey Announcement and no immediate procurement, (Invitation for Bid or Request for Proposal)is anticipated until our Market Research has been completed. Another Commerce Business Daily Synopsis will be issued prior to the release of any solicitation. It is contemplated that this requirement will be satisfied using full and open competition procedures. The Government intends to award a single year requirements contract, with multiple year evaluated options. It is anticipated that the evaluated options for the 12 Gage Pump Shotgun will be 100 percent. It is anticipated that spare parts for the 12 Gage Pump Shotgun will also be included as evaluated options. The single year requirement is approximately 800 each (this includes FY 98 and FY 99 requirements). It is anticipated that option quantities will be 100 percent of the FY 99 requirements/400 ea. The Government has a preference to satisfy its needs through the acquisition of Commercial items. Following are the general characteristics required: Weight 9 lbs. Maximum Barrel Length 18 inches to 21 inches Gage 12 Boring of Barrel Cylinder Chambered Shell Length 3 inch Minimum Operation Pump Feed Tubular Magazine Ammunition Capacity 5 Shells Minimum (including 1 in Chamber) Firing Mechanism Hammerless Stock and Fore-end Black Synthetic Shoulder Stock Safety Engagement 3 lbs. to 9 lbs. Trigger Pull 4 lbs. to 8 lbs. Takedown Receiver Removal of Barrel without Tools Final Protective Finish Non-reflective, Corrosion Resistant. Sling Butt Stock Sling Swivel/Front Sling Swivel Parts Interchangeability Major Subassembly Minimum (Receiver, Barrel, Trigger Group, Stock) Certification that the design of the 12 Gage Pump Shotgun will meet the following Performance Requirements is required: -Trigger Pull -- 6 pounds +/-2 pounds. -High Pressure -- Capable of firing one high pressure cartridge (SAAMI standard proof load) with no evidence of cracks, seams, or other injurious defects -Function -- Weapon must be capable of firing five rounds without malfunction, i.e.: unserviceable parts, punctured or ruptured primers or shell cases, loose stocks or screws or other unacceptable conditions. Total tolerable malfunctions are limited to a maximum of three malfunctions per weapon, firing 3000 rounds. -Targeting and Accuracy -- At 40 yards aiming at the center of a 50 inch square +/-10 inches with not less than 33 1/3 percent of the pellets within or cutting the edge of a 30 inch circle for accuracy. -As a minimum, corrosion resistant (salt spray) will conform to Commercial Specification ASTM B117. -The sling must be able to sustain a minimum of 220 pound load. -Packaging and Marking must conform to Commercial Specification ASTM D3951. In addition, the gun shall be heat sealed in a Polyethylene bag, coated/impregnated with a volatile Corrosion inhibitor such as Cortec VCI 126 or equivalent, prior to placing the gun into its unit package of one each. -A warranty is required for a minimum of 18 months from the date of the last delivery, for defects in materials, design, and workmanship, at no charge to the Government. Other performance requirements may be required in the solicitation. If this market research reveals no commercially acceptable designs, the Army will use its own design to be manufactured to a Government furnished Technical Data Package by the interested vendors. It is anticipated that potential offers will be evaluated using source selection procedures, as outlined in the Federal Acquisition Regulation, along with trade-off analysis and evaluation factors as detailed in the solicitation for determining Best Value. Any award will be made on an all or nothing basis. Interested parties are encouraged to submit what they offer in the Commercial arena in the form of samples, literature, sketches, manuals, or a capability statement describing your company's previous experience with the manufacture of small arms, spares/repair parts. If you lack sufficient experience, please provide details explaining how you plan to fulfill the requirements of any solicitation. Interested vendors shall notify the Government if you are considered a small business. Responses shall be received no later than 30 days from date of this publication. The following information must be included in your response: Company Name, Address, Point of Contact, Cage Code, DUNS number, Phone Number, FAX Number, Size of Business, Statement of Domestic or Foreign Ownership, as well as any pertinent data about your product. All information provided shall be treated as proprietary data. This synopsis is for information and planning purposes only and does not constitute a solicitation. The Government will not pay for any effort expended in responding to this notice. Posted 03/08/99 (W-SN306206). (0067)

Loren Data Corp. http://www.ld.com (SYN# 0158 19990310\10-0001.SOL)


10 - Weapons Index Page